Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOLICITATION NOTICE

R -- Marine Corps Systems Command, Commercial Enterprise Omnibus support services (CEOss) Open Season.

Notice Date
5/19/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
CEOSSOS06
 
Description
RFI The Marine Corps Systems Command (MCSC) intends to augment their existing pool of technical and analytical services contractors for FY06. Both current vendors and new vendors will be provided with the opportunity to participate in the Command?s Commercial Enterprise Omnibus support services (CEOss) business model, established in August 2002. To date, $340+ million in task order awards have been accomplished ranging from $150K to $6 million. CEOss is predicated upon Federal Acquisition Regulation (FAR) 8.404(b), which authorizes agencies to issue Blanket Purchase Agreements (BPAs) with Federal Supply Service (FSS) contractors. Twenty-seven competitively awarded BPAs have been established with contractors using approved FSS schedules aligned along four (4) competency-based domains. CEOss Open Season allows current prime contractors to reconstitute their existing teams to respond to anticipated Command requirements. Additionally, CEOss assesses the need for new prime ve! ndor awards in selected domains. For FY06, openings are anticipated in the ES and ALA domains; unrestricted as to business size. A preparatory workshop will be held for those firms interested in participating as new CEOss prime vendors during the week of 6 June 2005, to provide detailed information about specific submission requirements. Vendors are required to register for this workshop by submitting an email to the ACSS mailbox (acss@usmc.mil) NLT 1 June 2005. Attendance is limited to two (2) representatives per company and attendance may be restricted due to space constraints. CEOss Background Information: The CEOss model relies exclusively on paperless, e-procurement transaction processes to compete all requirements among qualified domain prime vendors. Individual Task Orders are competitively awarded to BPA contractors within these respective domains. There is no maximum dollar limit on any task order, nor any minimum order amount assigned to the BPAs. There are four (4) domains within the CEOss model: Specialty Engineering, Business and Analytical, Engineering and Scientific, and Acquisition, Logistics and Administrative. Vendors are required to identify the domain for which they would like to be considered for a prime BPA and only one submission per vendor is allowed. To qualify for consideration in the ES domain you must possess either a MOBIS (874), PES (871), or IT (70) schedule. To qualify in the ALA domain, you must possess either a MOBIS (874), PES (871), or LOGWORLD (874V) schedule. Although vendors may have a prime BPA award ! in only one of the four domains, teaming and subcontracting relationships across the domains are unrestricted. Instructions for new CEOss applicants: To be considered for a CEOss prime BPA, interested vendors should submit the following information NLT 20 June 2005: A capabilities statement, limited to five (5) pages that identifies their firm?s capabilities within a domain of prime interest (ES or ALA); a copy of their applicable GSA Schedule; and any general marketing information. All material should be submitted on one (1) CD-ROM along with one (1) hard copy. All business sizes will be considered for the ES and ALA domain openings. Vendor information will be matched to domain (i.e., Command) requirements to establish a baseline that considers each firm?s pricing and technical capabilities within the existing pool of domain participants. Vendors determined to offer the best "fit" within each domain, respective of price and services offered, will have the opportunity to respond to a formal solicitation that will be issued NLT 11 July 2005. Responses will be due within fifteen (15) business days, inclusive of teaming arrangements. Competitive selection and award of BPAs is anticipated to occur NLT 22 August 2005. Currently, there is no formal requirement and this is only a Request for Information (RFI). RFI responses can be mailed to the following address: COMMANDER, MARCORSYSCOM CODE ACSS, 2200 Lester St, Quantico, VA 22134-5010. Responses submitted by FED-EX or UPS should be sent to the following address: COMMANDER, MARCORSYSCOM, 2200 Lester St., Attn: Cynthia Chandler, Code ACSS, Quantico, VA 22134-5010. Instructions for existing CEOss Prime Vendors: To reconstitute teaming relationships on your existing CEOss BPA, you are required to submit the following information: An initial letter of intent, limited to two (2) pages, that identifies both current and planned team members, discusses your ability to meet prescribed competition thresholds, and provides a rationale for the new team to continue to support MCSC programs. This must be submitted NLT 13 June 2005. Revised proposals are due in accordance with the schedule on ACSS web site. This must be accompanied by a copy of your selected team members GSA Schedule, and single, updated MS Excel spreadsheet of all of the GSA rates for your team from September 2005-September 2007 (including rates from existing GSA team schedules). Do not submit this in .pdf format, it must be a single .xls file with one rate schedule per worksheet. Existing BPAs will be bilaterally modified to update labor rates (Attachment C) and to incorpo! rate any additional terms and conditions. Additional guidance will be issued to incumbent vendors at a later date. All responses from existing CEOss Prime Vendors shall be submitted electronically to the following email address: acss@usmc.mil. Any questions regarding this RFI shall be submitted electronically to the ACSS Office at acss@usmc.mil. Additional information regarding the CEOss program can be found at www.marcorsyscom.usmc.mil/sites/acss/default.asp.
 
Record
SN00811393-W 20050521/050519212530 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.